The purpose of the procurement is to enter into a framework agreement on uniformproducts that employees in various operational and administrative functions need in their everyday work. The purchase consists of uniforms for office service and for solemn occasions, overcoat, ermlets, tie, collar and cape. The framework agreement shall apply to the Police Service, the Correctional Service, the Customs Service, the Police Security Service (PST) and the Governor of Svalbard. Based on previous years' procurements, the contracting authority, without obligations, estimates a total likely extent of approx. NOK 15 million excluding VAT during the contract period (2 years), including the option years (1 + 1). Due to unforeseen events or major changes in the contracting authority ́s needs, there may be a greater need for the products than the probable estimate. The conditions are estimated to increase the scope up to an estimated value of NOK 3 million excluding VAT. See the tender documentation for further details.
Frist
Fristen for mottak av tilbud var 2024-03-15.
Anskaffelsen ble publisert 2023-11-21.
Kunngjøring av konkurranse (2023-11-21) Gjenstand Anskaffelsens omfang
Tittel: Uniformproducts
Referansenummer: 23/63610
Kort beskrivelse:
“The purpose of the procurement is to enter into a framework agreement on uniformproducts that employees in various operational and administrative functions...”
Kort beskrivelse
The purpose of the procurement is to enter into a framework agreement on uniformproducts that employees in various operational and administrative functions need in their everyday work. The purchase consists of uniforms for office service and for solemn occasions, overcoat, ermlets, tie, collar and cape.
The framework agreement shall apply to the Police Service, the Correctional Service, the Customs Service, the Police Security Service (PST) and the Governor of Svalbard.
Based on previous years' procurements, the contracting authority, without obligations, estimates a total likely extent of approx. NOK 15 million excluding VAT during the contract period (2 years), including the option years (1 + 1).
Due to unforeseen events or major changes in the contracting authority ́s needs, there may be a greater need for the products than the probable estimate. The conditions are estimated to increase the scope up to an estimated value of NOK 3 million excluding VAT. See the tender documentation for further details.
Vis mer
Kontrakttype: Varer
Produkter/tjenester: Uniformer til politiet📦
Estimert verdi eksklusive mva: 18 000 000 NOK 💰
Beskrivelse
Beskrivelse av anskaffelsen:
“The purpose of the procurement is to enter into a framework agreement on uniformproducts that employees in various operational and administrative functions...”
Beskrivelse av anskaffelsen
The purpose of the procurement is to enter into a framework agreement on uniformproducts that employees in various operational and administrative functions need in their everyday work. The purchase consists of uniforms for office service and for solemn occasions, overcoat, ermlets, tie, collar and cape.
The framework agreement shall apply to the Police Service, the Correctional Service, the Customs Service, the Police Security Service (PST) and the Governor of Svalbard.
Based on previous years' procurements, the contracting authority, without obligations, estimates a total likely extent of approx. NOK 15 million excluding VAT during the contract period (2 years), including the option years (1 + 1).
Due to unforeseen events or major changes in the contracting authority ́s needs, there may be a greater need for the products than the probable estimate. The conditions are estimated to increase the scope up to an estimated value of NOK 3 million excluding VAT. See the tender documentation for further details.
Prosedyre Prosedyretype
Åpen anbudskonkurranse ✅ Administrativ informasjon
Frist for mottak av tilbud eller forespørsler om deltakelse: 2024-03-15 12:00:00 📅
Vilkår for åpning av tilbud: 2024-03-15 12:00:00 📅
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: dansk 🗣️
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: engelsk 🗣️
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: norsk 🗣️
Språk som tilbud eller forespørsler om deltakelse kan sendes inn på: svensk 🗣️ Informasjon om en rammeavtale eller en dynamisk innkjøpsordning
Rammeavtale med flere leverandører ✅
Juridisk, økonomisk, finansiell og teknisk informasjon Økonomisk og finansiell stilling
Liste og kort beskrivelse av utvelgelseskriterier:
“Creditworthiness: Tenderers must have sufficient economic and financial capacity to fulfil the contract. Creditworthiness with no requirement for collateral...”
Liste og kort beskrivelse av utvelgelseskriterier
Creditworthiness: Tenderers must have sufficient economic and financial capacity to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement.
Documentation requirement:
- A credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service.
The contracting authority will, if needed, obtain a credit rating, from a credit information company with a licence to conduct this service, as an addition to the documentation delivered in the tender.
If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, tenderers can document the economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate.
Vis mer Vilkår for deltakelse
Liste og kort beskrivelse av regler og kriterier:
“Quality Assurance System: Tenderers shall have a good and well-functioning quality assurance and management system for the services that shall be provided....”
Liste og kort beskrivelse av regler og kriterier
Quality Assurance System: Tenderers shall have a good and well-functioning quality assurance and management system for the services that shall be provided.
Documentation requirement:
Tenderers shall submit documentation of their quality assurance and management system. The following documentation will be accepted:
Certificate for the company's quality assurance/management system issued by independent bodies that confirm that the tenderer fulfils quality assurance standards in accordance with ISO 9001 or equivalent.
or
A description that as a minimum covers the company ́s procedures/routines for:
- Handling deviations and claims.
- The process from the receipt and registration of orders until delivery to the customer.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Environmental management: Tenderers shall have an environmental management system.
Documentation requirement:
Tenderers shall submit documentation of...”
Liste og kort beskrivelse av regler og kriterier
Environmental management: Tenderers shall have an environmental management system.
Documentation requirement:
Tenderers shall submit documentation of their environmental management system. The following documentation will be accepted:
• Valid attestations/certificates issued by independent bodies (e.g. ISO 14001, EMAS, Miljøfyrtårn or equivalent), or
• A description of the tenderer's own environmental management system. The description shall as a minimum cover the environment policy.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Traceability in the supply chain: Tenderers shall have routines for registering and documenting their supply chains.
Documentation requirement:
If a...”
Liste og kort beskrivelse av regler og kriterier
Traceability in the supply chain: Tenderers shall have routines for registering and documenting their supply chains.
Documentation requirement:
If a tenderer uses sub-suppliers to fulfil this contract, the tenderer shall have a method for traceability that always gives the customer an overview of which sub-suppliers participate in the production of the product and which country it belongs.
The following documentation will be accepted:
• A description of the supply chain in accordance with Annex E traceability in the supply chain.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Tax Certificate: Norwegian tenderers shall submit a "Tax and VAT certificate". The tax certificate can be ordered in Altinn, and it must not be older than 6...”
Liste og kort beskrivelse av regler og kriterier
Tax Certificate: Norwegian tenderers shall submit a "Tax and VAT certificate". The tax certificate can be ordered in Altinn, and it must not be older than 6 months calculated from the deadline for submitting a request for participation in the competition or tender.
Vis mer
Liste og kort beskrivelse av regler og kriterier:
“Registration: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is...”
Liste og kort beskrivelse av regler og kriterier
Registration: Tenderers shall be registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Documentation requirement:
• Norwegian companies: Company Registration Certificate.
• Foreign companies: Verification that the tenderer is registered in a company register, professional register or a commerce register in the country where the tenderer is established.
Vis mer Teknisk og faglig kapasitet
Liste og kort beskrivelse av utvelgelseskriterier:
“Relevant experience: Tenderers shall have experience from comparable contracts.
Documentation requirement:
Description of up to 3 of the tenderer's most...”
Liste og kort beskrivelse av utvelgelseskriterier
Relevant experience: Tenderers shall have experience from comparable contracts.
Documentation requirement:
Description of up to 3 of the tenderer's most relevant/comparable contracts in the course of the last 3 years. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description. Tenderers can document their experience by referring to competence of the personnel he has at his disposal and can use this assignment, even if the experience has been worked up while the personnel have served another service provider.
Utfyllende informasjon Klageinstans
Navn: Oslo tingrett
Nasjonalt registreringsnummer: 926725939
Postadresse: Postboks 2106 Vika
Postnummer: 0125
Poststed: Oslo
Land: Norge 🇳🇴
E-post: oslo.tingrett@domstol.no📧
Telefon: +47 22035200📞 Informasjon om elektroniske arbeidsflyter
Elektronisk fakturering vil bli akseptert
Elektronisk bestilling vil bli brukt
Elektronisk betaling vil bli brukt
Kilde: OJS 2023/S 226-711054 (2023-11-21)